SAP ENTERPRISE ASSET MANAGEMENT ENHANCEMENT
Transcript of SAP ENTERPRISE ASSET MANAGEMENT ENHANCEMENT
Request for Proposals RFP S19257
SAP ENTERPRISE ASSET MANAGEMENT ENHANCEMENT
February 20, 2020 Lida Delos Santos, Contracts Administrator
TABLE OF CONTENTS
INTRODUCTION: -------------------------------------------------------------------------------------- 3
I. INSTRUCTIONS TO PROPOSERS --------------------------------------------------------- 5
II. PROPOSER’S MINIMUM QUALIFICATIONS ------------------------------------------ 8
III. EVALUATION AND SELECTION --------------------------------------------------------- 8
IV. PROPOSAL FORMAT AND CONTENT -------------------------------------------------- 10
V. BUSINESS DIVERSITY PROGRAM POLICY: ----------------------------------------- 12
VI. INSURANCE REQUIREMENTS: ---------------------------------------------------------- 13
VII. PROTESTS -------------------------------------------------------------------------------------- 13
VIII. SCOPE OF SERVICES: ----------------------------------------------------------------------- 14
IX. ADMINISTRATIVE SUBMITTALS ------------------------------------------------------- 21
X. EXHIBITS --------------------------------------------------------------------------------------- 31
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 3 of 51
INTRODUCTION: The Santa Clara Valley Transportation Authority, also known as VTA, is the
result of a 1995 merger between two previously separate entities: the Santa Clara County Transit
District and the Congestion Management Agency for Santa Clara County. VTA is an independent
special district responsible for bus and light rail operations, congestion management, specific
highway improvement projects and countywide transportation planning. As such, VTA is both an
accessible transit provider and multi-modal transportation planning organization involved with
transit, highways, roadways, bikeways, and pedestrian facilities. Working under the direction of a
12-member Board of Directors (“Board”), VTA’s annual operating budget is approximately $400
million, and its currently approved capital program is approximately $1 billion. VTA’s bus fleet
of 505 buses serves a 346 square mile urbanized service area and operates approximately 18
million miles annually. The 42.2-mile light rail system is served by 99 rail cars and 5 historic
trolley cars and operates approximately 2.2 million miles annually. VTA employs approximately
2,050 people, of whom approximately 650 are administrative, clerical and professional positions
and 1,400 are operators and maintenance positions. There are four operating/maintenance facilities
located within Santa Clara County. The administrative headquarters is located separately from
these four facilities.
For more information about VTA, log on to www.VTA.org.
ABOUT RFP S19257: VTA seeks proposals (each, a “Proposal”) from qualified firms to provide
the required system enhancement to VTA’s current SAP Enterprise Asset Management functions.
VTA’s goal is to leverage the existing foundational technology to preserve and have a well-
maintained, reliable transit infrastructure, track, signal systems, bridges, tunnels, vehicles, and
stations which will help ensure safe, dependable, and accessible services and associated Federal
Transportation Administration (“FTA”) Enterprise Asset Management (“EAM”) practices.
NOTICE TO PROPOSERS OF LIMITATION OF FUTURE CONTRACTING: The
Proposer(s) selected under this RFP will be precluded from submitting proposals or bids as a prime
contractor or subcontractor for any future procurement with VTA if the specifications,
requirements, scope of services, and/or RFPs for such work were developed or influenced by the
work performed under the contract resulting from this RFP. Further, if a contractor or
subcontractor obtains or has access to nonpublic information related to a future RFP through work
performed under this RFP, that contractor or subcontractor may be barred from submitting
proposals as a prime contractor or subcontractor on that future RFP.
NOTICE TO PROPOSERS OF REQUIREMENT TO AVOID CONFLICTS OF
INTERESTS: Contractors and subcontractors performing work resulting from this RFP are
required to avoid conflicts of interest resulting from services provided to VTA through other
engagements. In particular, contractors and subcontractors providing services under any
engagements that developed or influenced the requirements, scope of services, or criteria for this
RFP are ineligible to participate in the work resulting from this RFP. Contractors and
subcontractors providing services under such engagements that involve the supervision, oversight,
review, critique, or acceptance of work products under this RFP are also ineligible to participate
in the work resulting from this RFP.
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 4 of 51
Similarly, contractors and subcontractors who have or who have had access to nonpublic
information related to this RFP may have a conflict of interest and should refrain from participating
in the work resulting from this RFP.
Contractors and subcontractors proposing to provide services under this RFP remain responsible
for avoiding conflicts of interest and must review their existing VTA engagements with their
prospective teaming partners before submitting proposal under this RFP to assure that conflicts of
interest are avoided. Contractors and subcontractors performing work resulting from this RFP
must continue to monitor for and avoid conflicts of interest at all times.
In addition to contractors’ and subcontractors’ obligations to avoid conflicts of interest, VTA also
monitors for potential conflicts. VTA reviews all potential conflicts, whether actual or apparent,
on a case-by-case basis. VTA reserves the right to determine whether an actual conflict exists in
its sole discretion and to determine whether a potential conflict of interest exists in its reasonable
discretion. Nothing in this RFP is intended to operate as a waiver of either actual or apparent
conflicts.
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 5 of 51
I. INSTRUCTIONS TO PROPOSERS
A. PROCUREMENT SCHEDULE: VTA’s procurement schedule dates are listed in Table
1 below. All dates set forth in this RFP are subject to change at VTA’s sole discretion and
will be provided to firms submitting a Proposal under this RFP (“Proposers”) as an
addendum. All references in this RFP to “time” are Pacific Time.
Table 1 ACTIVITY DATE/TIME
Issue RFP February 20, 2020
Pre-Proposal Conference March 18, 2020 at 10:00 a.m.
Deadline to Submit Questions March 20, 2020 at 4:00 p.m.
Deadline to Submit Proposal April 24, 2020 at 4:00 p.m.
Interviews May 8, 2020
B. DESIGNATED POINT OF CONTACT: All communications with VTA regarding this
RFP shall be in writing (US mail/ email) to the Designated Point of Contact identified
below. All emails must indicate in the subject line “RFP S19257 for SAP Enterprise Asset
Management Enhancement.” No telephone calls will be accepted. Except as otherwise
provided herein, no contact will be entertained by the Procurement, Contracts, and
Materials Management staff outside of the formal Q&A period, and/or by anyone other
than the Designated Point of Contact regarding this RFP.
Any unauthorized contact related to this RFP is not permitted. Any breach of this provision
may result in the Proposer’s submittal being deemed non-responsive and may be cause for
rejection.
The Designated Point of Contact for this procurement shall be as follows:
Lida Delos Santos, Contracts Administrator I
Santa Clara Valley Transportation Authority
3331 North First Street, Building A
San Jose, California 95134
Email: [email protected]
C. PRE-PROPOSAL CONFERENCE: All prospective Proposers are strongly encouraged
to attend the pre-proposal conference scheduled at the date and time stated on Table 1. The
pre-proposal conference will be held at:
Santa Clara Valley Transportation Authority
3331 North First Street, Building A, Room 109
San Jose, California 95134
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 6 of 51
D. EXAMINATION OF PROPOSAL DOCUMENTS: By submitting a Proposal, the
Proposer represents that it has thoroughly examined and become familiar with the work
required under this RFP, and that it is capable of performing quality work to achieve VTA’s
objectives.
E. ADDENDA/CLARIFICATIONS: VTA reserves the right to make changes to these
Request for Proposal documents as it may deem appropriate up until the date for
submission of the Proposals (set forth in Table 1). Any and all changes to this RFP will be
made by written addendum, which will be issued by VTA to all prospective Proposers who
have registered and downloaded the Proposal documents at the VTA website. All
addendum and other related materials will be posted to the VTA.org procurement site.
Prospective Proposers will be notified by email when information has been posted to the
VTA procurement site for this RFP. NOTHING RELIEVES PROPOSER FROM BEING
BOUND BY ADDITIONAL TERMS AND CONDITIONS IN ADDENDA.
Questions or comments regarding this RFP must be submitted in writing and must be
received by VTA no later than the date and time stated in Table 1. Email questions must
be submitted to the Designated Point of Contact listed above and shall include “RFP
S19257 QUESTIONS” in the subject line.
Responses from VTA will be published on the VTA online procurement website.
F. SUBMISSION OF PROPOSALS: All Proposals shall be submitted to the Designated
Point of Contact no later than the date and time stated in Table 1.
The Proposer shall submit eight (8) printed copies and one (1) copy of the Proposal in an
electronic format in the form of a flash drive.
The package must bear the Proposer’s name and address, and be clearly labeled as follows:
“RFP S19257 SAP ENTERPRISE ASSET MANAGEMENT ENHANCEMENT”
All responses, inquiries, and correspondence related to this RFP and all reports, charts,
displays, schedules, exhibits, and other documentation produced by the Proposer submitted
as part of the Proposal will become the property of VTA when received by VTA and may
be considered public information under applicable law. Any proprietary information in the
Proposal should be identified as such. VTA does not typically disclose proprietary
information to the public, unless required by law; however, VTA cannot guarantee that
such information will be held confidential.
G. WITHDRAWAL OF PROPOSALS: A Proposer may withdraw its Proposal at any time
before the expiration of the time for submission of Proposals as provided in this RFP by
delivering to the Designated Point of Contact a written request for withdrawal signed by,
or on behalf of, the Proposer.
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 7 of 51
H. RIGHTS OF VTA: VTA may investigate the qualifications of any Proposer under
consideration, require confirmation of information furnished by the Proposer, and require
additional evidence or qualifications to perform the Services described in this RFP.
VTA reserves the right to:
• Reject any or all Proposals.
• Issue subsequent Requests for Proposal.
• Postpone opening for its own convenience.
• Remedy technical errors in the Request for Proposal process.
• Approve or disapprove the use of particular subcontractors.
• Solicit best and final offers from all or some of the Proposers.
• Award a professional services contract to one or more Proposers.
• Waive informalities and irregularities in Proposals.
• Conduct interviews at its discretion.
• Accept other than the lowest offer.
• Negotiate with any, all or none of the Proposers.
I. CONTRACT TYPE: It is anticipated that VTA will award a professional services contract
(“Contract”). If awarded, the Contract will be a task order Contract using either time and
materials, cost plus fixed fee, or firm fixed price compensation. The Contract is expected
to have a term of one (1) year. This RFP does not commit VTA to enter into such Contract
nor does it obligate VTA to pay for costs incurred in preparation or submission of Proposals
or in anticipation of entry into a Contract.
J. COLLUSION: By submitting a Proposal, each Proposer represents and warrants that its
Proposal is genuine and not a sham, collusive or made in the interest of or on behalf of any
person not named therein; that the Proposer has not, directly or indirectly, induced or
solicited any other person to submit a sham Proposal or any other person to refrain from
submitting a Proposal; and that the Proposer has not in any manner sought collusion to
secure any improper advantage over any other person submitting a Proposal.
K. AUDIT REPORT/REQUIREMENTS: Proposers must agree to abide by the
requirements in Chapter III, paragraph 4 of FTA Circular 4220.1F. Every Proposer that has
been the subject of any audit report by any government or public agency or qualified
independent CPA must attach with its Proposal the latest such audit report, including direct
labor, materials, fringe benefits and general overhead.
Proposers must also agree to submit cost or pricing data in accordance with 48 CFR Part
15.408 Table 15-2.
L. ECONOMIC INTEREST FORM 700: The Proposer’s key person as well as other
positions within his or her firm, determined by VTA, to be participating in the making of
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 8 of 51
governmental decisions will each be required to file a Form 700 the financial disclosure
form mandated by the Fair Political Practices Commissions (FPPC). The Form 700 will be
required to be filed upon execution of the Contract in which the VTA retains the services
of the Proposer, annually thereafter, and upon separation of services pursuant to FPPC rules
and regulations.
M. INCORPORATION OF EXHIBITS AND ATTACHMENTS: All exhibits, and
attachments referenced in this RFP are incorporated herein by this reference.
II. PROPOSER’S MINIMUM QUALIFICATIONS
A. REQUIRED MINIMUM QUALIFICATIONS: The following qualifications are the
minimum required qualifications that a Proposer must have in order for a Proposal to be
considered:
i. The team that Proposer proposes to staff for this Contract must satisfy at least one of
the following experience levels: (i) a minimum of 5 years of SAP PM/Linear Asset
Management experience; (ii) a minimum of 5 years of Geographic Information
System (“GIS”) experience; (iii) a minimum of 3 years of SAP Fiori experience; or
(iv) at least one successful SAP S/4HANA application migration experience from
SAP ECC Plant Maintenance Module.
B. PREFERRED QUALIFICATIONS: The Proposer shall possess knowledge of and
experience with SAP Plant Maintenance/Material Management modules.
i. The Proposer and its proposed team to be assigned to this Contract shall have
experience with implementing the EAM processes for public transit agencies
delivering both bus and light rail services.
III. EVALUATION AND SELECTION
A. EVALUATION CRITERIA: The following criteria will be used to evaluate Proposals:
Qualification of the Firm 25 Points
Staffing and Project Organization 20 Points
Work Plan / Project Understanding 20 Points
Local Firm Preference 10 Points
Cost Proposal 25 Points
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 9 of 51
1. QUALIFICATION OF THE FIRM: Qualifications to be considered include, but are not
limited to: strength and stability of the firm, staffing capacity and experience relative
to supporting similar SAP environments, technical experience in performing work of a
closely similar nature, strength and stability of proposed subcontractors, experience
working with public agencies, assessments by client references, and prior demonstrated
success in providing similar services.
2. STAFFING AND PROJECT ORGANIZATION: Qualifications of the Proposer’s proposed
team members, the level of involvement of such team members in performing related
work, adequacy of labor commitment, and concurrence in the restrictions on changes
in key personnel.
3. WORK PLAN / PROJECT UNDERSTANDING: Proposer’s demonstrated understanding of
the project requirements, potential problem areas, project approach, and work plan will
be evaluated.
4. LOCAL FIRM PREFERENCE: Five (5) points shall be awarded if at least fifty percent
(50%) of the dollar value of services to be rendered will be performed by a local firm.
An additional point shall be awarded for each additional ten percent (10%) of the dollar
value of services to be performed by a local firm, to a maximum point award of ten
(10) points.
5. COST PROPOSAL: The reasonableness of the total cost proposal and the
competitiveness of this amount in comparison with other Proposals received, adequacy
of market data that supports proposed costs and prices, reasonableness of labor rates,
and reasonableness of the fixed costs proposed on the demonstration of the feasibility
of the Proposer’s work plan (“Proof of Concept”).
B. EVALUATION PROCEDURE: The review board will evaluate Proposals based on the
pre-established criteria to determine the successful Proposer or establish a shortlist of firms
to interview. VTA reserves the right to conduct interviews at its discretion.
Proposers are asked to keep the interview date stated in Section I, A Table 1 available in
the event the review board conducts interviews. If invited to interview, VTA will notify
Proposers regarding the schedule and other pertinent interview information. Typically, the
interview is scheduled for one (1) hour and requires the project manager to be a lead
participant.
The names of the review board members are not revealed prior to the interviews. The
individual or composite rating and evaluation forms prepared by individual review board
members are not retained by VTA and will not be revealed.
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 10 of 51
C. BASIS OF AWARD: When the review board has completed its work, negotiations will
be conducted for the extent of services to be rendered.
Award may be made on the basis of initial Proposals submitted without any negotiations
or discussions.
This is a “best value” procurement based on procedures consistent with California public
contract code section 20301(a). “Best value” is a selection process where the award is
based on a combination of price and qualitative considerations. A best value procurement
requires tradeoffs between price and non-price factors to select the best overall value to
VTA.
Subject to VTA’s right to reject any or all proposals, the Proposer whose Proposal is found
to be most advantageous to VTA will be selected based upon consideration of the
evaluation criteria.
Thus, VTA will make the award to the responsible Proposer whose Proposal is most
advantageous to VTA. Accordingly, VTA may not necessarily make an award to the
Proposer with the highest technical ranking nor award to the proposer with the lowest price
Proposal if doing so would not be in the overall best interest of VTA.
When the review board has completed its work, negotiations will be conducted for the
extent of services to be rendered.
When VTA engages the highest-ranked Proposer in negotiations, a Notice of Intent of
Award will be submitted as a courtesy to the shortlisted Proposers.
Upon completion of a successful negotiation, VTA will issue a Notice of Recommended
Award, which will initiate the five (5) day pre-award protest period pursuant to VTA’s
protest policies.
IV. PROPOSAL FORMAT AND CONTENT
A. FORMAT: Proposals shall be typed, as concise as possible and shall not include any
unnecessary promotional material. The nature and form of response are at the discretion of
the Proposer, but shall include the information listed below.
B. CONTENT: The Proposer shall include the information described below:
1. PROFILE OF FIRM: This section shall include a brief description of the firm’s size as
well as the local organizational structure; it shall also include a discussion of the firm’s
financial stability, capacity and resources. Additionally, this section shall include a
listing of any lawsuit or litigation and the result of that action resulting from (a) any
public project undertaken by the Proposer or by its subcontractors where litigation is
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 11 of 51
still pending or has occurred within the last five (5) years or (b) any type of project
where claims or settlements were paid by the Proposer or its insurers within the last
five (5) years.
2. QUALIFICATIONS OF THE FIRM: This section shall include a brief description of the
Proposer’s and subconsultants qualifications and previous experience on similar or
related projects. Description of pertinent project experience shall include a summary of
the work performed, Proposer must provide the name, title, and phone number of three
(3) clients to be contacted for references.
3. WORK PLAN/PROJECT UNDERSTANDING: By presentation of a well-conceived work
plan, this section of the Proposal shall establish the Proposer understands VTA’s
objectives and work requirements and Proposer’s ability to satisfy those objectives and
requirements. The work plan shall describe the work assigned to the prime and each
subconsultant. The work plan shall also include a timetable for completing all work
specified in the Scope of Work.
4. PROJECT STAFFING: This section shall discuss how the Proposer would propose to
staff this project. Proposer project team members shall be identified by name, location,
specific responsibilities on the project and the estimated person-hours of participation.
An organizational chart for the project team and resumes for key personnel shall be
included. Key personnel will be an important factor considered by the review board.
Once the Proposal is submitted, there can be no change of key personnel without the
prior approval of VTA. Each Contract team member proposed by Proposer must have
a minimum of 2 client references cited as related experience and Proposer must furnish
the name, title, address, and telephone number of such references.
5. ADMINISTRATIVE SUBMITTALS: The Proposer must complete all the forms attached
hereto and submit in the Proposal.
Two of the required submittals are the Technical Proposal and the Pricing Proposal, as
described below.
Technical Proposal:
Provide a report of the asset management capabilities for SAP ECC and SAP
S/4HANA. See Form 4 (filename: RFPS19257_Technical Proposal.xlsx, to be
downloaded from VTA Website).
Identify specific areas that can be configured, completed, and implemented in SAP
Production. See Form 4 (filename: RFPS19257_Technical Proposal.xlsx, to be
downloaded from VTA Website).
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 12 of 51
Pricing Proposal:
Provide a cost proposal including the number of hours and fully burdened hourly rate.
See file entitled: RFPS19257_Cost Proposal.xlsx, to be downloaded from VTA
Website.
V. BUSINESS DIVERSITY PROGRAM POLICY:
Contractor shall adhere to VTA’s Business Diversity Program requirements.
A. MINORITY AND WOMEN-OWNED BUSINESS ENTERPRISE POLICY AND
REQUIREMENTS: It is the policy of the Santa Clara Valley Transportation Authority to
ensure that Minority and Women-Owned Business Enterprises (“MWBE”), as defined in
the VTA MWBE Program, have an equitable opportunity to participate in the performance
of contracts and subcontracts financed with local funds. VTA has an 18% MWBE
aspirational goal. In this regard, Proposer will use its best efforts to ensure that MWBE
firms have an equitable opportunity to compete for subcontract work.
For more information on VTA’s Business Diversity Programs, please see website at
www.vta.org/osdb or call the Office of Business Diversity Programs at (408) 321-5962 for
assistance in identifying eligible MWBE firms. Listings of eligible firms are also available
at the following:
https://vta.sbdbe.com/FrontEnd/VendorSearchPublic.asp?TN=vta&XID=5635
B. SMALL BUSINESS ENTERPRISE POLICY AND REQUIREMENTS: It is VTA
policy to ensure that Small Business Enterprise (“SBE”) firms, as defined in Federal
Regulations 13 CFR Part 121 and 49 CFR Part 26, have an equitable opportunity to participate
in the performance of contracts and subcontracts.
1. SBE WITH NO SET GOAL ASSIGNMENT: VTA has not established a contract specific
SBE goal for this project. However, Proposer is encouraged to make every effort to
meet VTA’s overall agency goal of 19% where possible. In this regard, Proposer will
use its best efforts to ensure that SBE firms shall have an equitable opportunity to
compete for subcontract work under this Contract. Any certified Disadvantaged
Business Enterprise (“DBE”) is eligible to participate towards the SBE overall
participation goal. SBE firms must be certified or accepted as certified by the VTA Office
of Business Diversity Programs (“OBDP”).
Listings for SBE and DBE firms are:
VTA SBE Database:
• http://www.VTA.org/about-us/doing-business-with-VTA-search-for-sbes
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 13 of 51
California UCP DBE Database:
• https://dot.ca.gov/programs/business-and-economic-opportunity/dbe-search
2. CONSULTANT REGISTRATION: All SBE DBE and MWBE firms listed on Form 5,
Listing of MWBE Prime and Subcontractors and Form 6, Listing of SBE Prime and
Subcontractors, must be certified by VTA’s OBDP, the California Unified Certification
Program (“CUCP”), and/or accepted as certified by VTA’s OBDP at the time of the
Proposal due date to be counted toward VTA’s 19% overall SBE goal. Proposers must
comply with VTA's SBE Program Policy and Requirements on utilization of SBE.
a. Form 5, MWBE Listing of Prime and Subcontractors, Form 6, SBE Listing of
Prime and Subcontractors, Form 7, Designation of Subcontractors and Suppliers,
in compliance with SBE Program Policy and Requirements, must be submitted at
time of Proposal submittal.
b. It is the Proposer’s sole responsibility to verify to VTA that a sub-consultant has a
SBE/DBE certification.
C. FRAUDS AND FRONTS: Contactors are cautioned against knowingly and willfully
using “fronts” to meet the SBE goal of the Contract. The use of “fronts” or “pass through”
subcontracts to non-disadvantaged firms constitutes a criminal violation.
VI. INSURANCE REQUIREMENTS:
Contractor shall adhere to the insurance requirements set forth in Exhibit A4. Proposer’s
attention is directed to the insurance requirements in the exhibit. It is highly recommended
that Proposers confer with their insurance carriers or brokers in advance of Proposal
submission to determine the availability of insurance certificates and endorsements that
will be required for the Contract awarded through this RFP.
VII. PROTESTS
A. SOLICITATION PHASE: Prior to the closing date for submittal of Proposal, Proposer
may submit to VTA protests regarding the procurement process, or alleged improprieties
in specifications, or alleged restrictive specifications. Any such protests must be filed no
later than ten (10) working days prior to the scheduled closing date. If necessary, the
closing date of this solicitation may be extended pending a resolution of the protest.
B. PRE-AWARD: Protests dealing with alleged improprieties in the procurement or the
procurement process that can only be apparent after the closing date for receipt of Proposals
must be filed within five (5) working days after issuance of the Notice of Recommended
Award. Protests will contain a statement of the grounds for protests and supporting
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 14 of 51
documentation. Protestor will be notified of VTA’s final decision prior to issuance of
award.
Protestors shall have an opportunity to appear and be heard before the agency prior to the
opening of Proposals in the case of protests based on the content of the request for
Proposals or prior to final award in the case of protests based on other grounds. Proposer’s
requests and protests shall be in writing only and be addressed to:
Santa Clara Valley Transportation Authority
Attn: Thor Vue, Chief Procurement Officer
Procurement, Contracts & Materials Management
3331 North First Street, Building A
San Jose, California 95134
The full text of VTA’s Policy No. 36 may be obtained at http://www.vta.org/about-
us/doing-business-with-vta-policies. Failure to comply with the above protest procedures
will render a protest untimely and/or inadequate and shall result in its rejection.
If this Contract is financed with federal assistance, pursuant to 2 C.F.R. § 200.318(k),
protesters may raise, with the FTA, matters that are primarily a federal concern. Protesters
must raise any federal matters arising out of VTA’s award of a contract within five (5)
business days of VTA’s final decision of the Proposal protest. See 2 C.F.R. § 200.318(k)
for details.
VIII. SCOPE OF SERVICES:
1. Introduction and Overview: When VTA deployed SAP ECC 6.0 in 2009, VTA did
not implement the plant maintenance module (one of the modules inside SAP ECC 6.0
software) in a way that help improve operation’s daily processes. In addition, only
technical upgrades were performed during VTA’s annual SAP patch updates since
2010. As a result, a significant amount of preventive maintenance processes are still
managed outside of SAP, impacting SAP user’s productivity while limiting VTA’s
managers’ ability to acquire reliable data for decision-making purposes.
FTA’s enactment of Moving Ahead for Progress in the 21st Century (MAP-21)
highlighted the importance for transit agencies to implement a Transit Asset
Management (“TAM”) Program. The TAM Program, among other things, calls for
improvement in preventive maintenance, asset management, and safety monitoring and
controls.
VTA recently engaged a consultant to conduct an assessment of the state of VTA’s
preventive maintenance and asset management processes and needs. The result was a
detailed EAM system requirements and gap analysis, which should be the basis for
enhancing VTA’s current SAP Plant Maintenance/Material Management functions.
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 15 of 51
VTA’s goal is to leverage the existing foundational technology to deliver FTA-required
State of Good Repair (a FTA program focused on maintaining the nation’s bus and rail
systems in a state of good repair in order to deliver safe and reliable transit service)
solutions and associated EAM practices by:
• Implementing a collection of technology solutions to improve total asset visibility,
• Delivering a full asset lifecycle management capability from procurement to
disposition,
• Improving VTA’s ability to predict the useful life and replacement needs of assets,
• Leveraging use of mobile solutions, and
• Expanding VTA’s ability to administer and maintain capital budget projects.
VTA has a philosophy to refrain from customizing the core application. Solutions
proposed with extensive customization will be viewed as not meeting VTA’s
requirements.
1.1 Background:
1.1.1 VTA’s current applications:
• SAP Human Capital Management/SuccessFactors
• SAP Payroll • SAP Finance/Controlling/Asset Accounting/Project Systems • SAP Flexible Real Estate Management
• SAP Materials Management /Purchasing/Plant Maintenance
• SAP Fiori
• Trapeze FX/Blockbuster (Scheduling)
• Trapeze OPS (Bidding, Dispatching, Timekeeping, Workforce Management)
• Trapeze OPS-web (self service)
• Trapeze OPS Sign-in-Terminal
• Trapeze OPS Multi-media (Notifications)
• Trapeze Viewpoint-OPS (Business Intelligence)
• Trapeze RFind (Light Rail Yard Management)
• Trapeze PASS (Paratransit)
• Clever Devices CleverCAD
• Clever Devices CleverCAD Mobile
• Clever Devices AVM
• Clever Devices BusTime
• Clever Devices APC
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 16 of 51
• Clever Devices CleverReports
• Clever Devices CleverWorks
• Clever Devices Dynamic Scheduling
• Clever Devices Cleverware Intercom
• Ridecheck Plus
• SCADA
• ArcGIS
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 17 of 51
1.1.2. VTA’s Current SAP ECC System Status
Contractor’s attention is directed to the charts below in order to gain a better understanding
of the complexity of VTA’s requirements. Specifically, such attention is directed to the
line items in red boxes.
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 19 of 51
1.1.3. Current VTA GIS System Status
1.2 Work to be Performed
Contractor will assess whether VTA’s asset management needs can be fulfilled by
SAP ECC or SAP S/4HANA.
1.2.1 Training & Knowledge Transfer Plan: Contractor must provide detailed
configuration documentation and training materials to VTA (i.e., a
“knowledge transfer”). Knowledge transfer will be focused on the
functionality, tools, and activities delivered by Contractor pursuant to the
Contract. Contractor must provide training sessions to VTA end users, and
all training must be completed prior to the go-live date in production (which
date will be determined by VTA).
1.2.2 Testing Plan: Contractor must lead and document the test cases to
adequately test all new activities and integration points to ensure the entire
solution is functioning without impact to the current business processes.
1.2.2 Post Go-Live Requirements: Contractor must provide VTA ten (10) days of
on-site post go-live support.
1.3 Project Timeline
Contractor must complete the Services hereunder by December 31, 2020.
Contractor understands that VTA operates 24 hours per day 7 days per week.
Contractor must design its cut-over plans (meaning the plan to transition from the
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 20 of 51
testing to the production environment) in a way that minimizes VTA’s end user
outages and does not have any impact to VTA’s annual SAP patch update timeline.
1.4 Objectives
Currently, SAP Plant Maintenance/Material Management modules are not
configured effectively to support asset management at VTA, as indicated by the
results of the preventive maintenance and asset management requirements and gap
analysis report.
2. Contract Deliverables
• Report of the asset management capabilities for SAP ECC and SAP S/4HANA.
• All the functions VTA selected must be successfully implemented to the VTA SAP
Production.
• Documentation of configuration, testing process, and training materials. • Provide knowledge transfer to VTA’s IT department and training sessions to VTA’s
IT department and end users. • Perform cut-over plan activities in VTA’s SAP production system. • Provide two weeks of on-site post-go live production support. • Provide VTA with a plan to perform the Services in such a way that has the minimal
impact to VTA operations, which are ongoing 24 hours per day, 7 days per week.
3. Progress/Compliance
• VTA has the right to test all scenarios called for by the Contract
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 21 of 51
IX. ADMINISTRATIVE SUBMITTALS
Proposer must submit all forms as part of the Proposal.
FORM 1. GENERAL INFORMATION
FORM 2. LEVINE ACT STATEMENT
FORM 3. EXCEPTIONS TO THE CONTRACT
FORM 4. TECHNICAL PROPOSAL FORM
FORM 5. COST PROPOSAL FORM
FORM 6. LISTING OF MWBE PRIME AND SUBCONTRACTORS
FORM 7. LISTING OF SBE PRIME AND SUBCONTRACTORS
FORM 8. DESIGNATION OF SUBCONTRACTORS AND SUPPLIERS
FORM 9. LOCAL FIRM CERTIFICATION
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 22 of 51
FORM 1. GENERAL INFORMATION
Instructions: Please complete this form and include in your Proposal. On a separate page, list
all subconsultants; include company name, address, phone number and type of service.
Company Name
Street Address
City/State/Zip
Phone No. DIR No.
DUNS No. CAGE No.*
Federal Taxpayer ID No. NAICS Codes
*Commercial and Government Entity (www.sam.gov)
POINT(S) OF CONTACT
Primary
Name/Title
Phone No.
Cell Phone No.
Alternate
Name/Title
Phone No.
Cell Phone No.
AUTHORIZED SIGNATORIES:
Primary
Name/Title
Signature
Alternate
Name/Title
Signature
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 23 of 51
FORM 2. LEVINE ACT STATEMENT
Prime Proposer and Subconsultants must submit a signed Levine Act Statement
California Government Code § 84308, commonly referred to as the "Levine Act," precludes an elected or
appointed officer, or alternate, of a local government agency from participating in the award of a contract
if he or she receives any contributions totaling more than $250 in the twelve (12) months preceding the
pendency of the contract award, and for three (3) months following the final decision, from the person or
company awarded the contract. This prohibition applies to contributions to the officer, or received by the
officer on behalf of any other officer, or on behalf of any candidate for elective office or on behalf of any
committee in federal, state or local elections.
VTA’s Board members and their alternates as of the date of this RFP are as follows:
Name Title Represents
Teresa O'Neill Chairperson City of Santa Clara
Cindy Chavez Vice Chairperson County of Santa Clara
Magdalena Carrasco VTA Board Member City of San Jose
Charles "Chappie" Jones VTA Board Member City of San Jose
Lan Diep VTA Board Member City of San Jose
Sam Liccardo VTA Board Member City of San Jose
Raul Peralez VTA Board Member City of San Jose
Devora "Dev" Davis VTA Alternate Board Member City of San Jose
John McAlister VTA Board Member City of Mountain View
Adrian Fine VTA Alternate Board Member City of Palo Alto
Rob Rennie VTA Board Member Town of Los Gatos
Howard Miller VTA Alternate Board Member City of Saratoga
Larry Carr VTA Board Member City of Morgan Hill
Marie Blankley VTA Alternate Board Member City of Gilroy
Rich Tran VTA Board Member City of Milpitas
Glenn Hendricks VTA Alternate Board Member City of Sunnyvale
Dave Cortese VTA Board Member County of Santa Clara
Susan Ellenberg VTA Alternate Board Member County of Santa Clara
Jeannie Bruins Ex-Officio Member Metropolitan Transportation Commission
1. Have you or your company, or any agent on behalf of you or your company, made any contributions
of more than $250 to any VTA Board member or alternate in the twelve (12) months preceding the date of
the issuance of this RFP?
No ___ Yes ___ Please identify the Board member or alternate:__________________________
2. Do you or your company, or any agency on behalf of you or your company, anticipate or plan to
make any contributions of more than $250 to any VTA Board member or alternate in the three months
following the award of the contract?
No ___ Yes ___ Please identify the Board member or alternate: __________________________
Answering yes to either of the two questions above does not preclude VTA from awarding a contract to
your firm. It does, however, preclude the identified Board member or alternate from participating in the
contract award process for this contract.
Signature: Firm Name: Date:
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 24 of 51
FORM 3. EXCEPTIONS TO THE CONTRACT
This form shall include any exceptions the Proposer takes to the Contract, which includes the
“Compensation, Invoicing and Payment” and “Indemnity and Defense of Claims” and “Insurance
Requirements.” If Proposer takes no exceptions, check the field “Proposer takes no exceptions” below.
All exceptions to the Contract terms and conditions must be stated on this form and submitted with the
Proposal. Proposer’s failure to take timely exception to VTA’s terms and conditions expressly waives
Proposer’s right to challenge or request modification of such terms and conditions and is conclusive
evidence of Proposer’s assent thereto.
Proposer takes exception to the following:
Section Reference Disposition (For VTA Use Only)
*Insert proposed changes here
Section Reference Disposition (For VTA Use Only)
*Insert proposed changes here
*Make copies of this page if necessary
“Proposer takes no exceptions”
Firm Name:
Name Title
Signature Date
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 25 of 51
FORM 4. TECHNICAL PROPOSAL FORM
TO BE DOWNLOADED FROM VTA WEBSITE
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 26 of 51
FORM 5. COST PROPOSAL FORM
TO BE DOWNLOADED FROM VTA WEBSITE
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 27 of 51
FORM 6. LISTING OF MWBE PRIME AND SUBCONTRACTORS
Firm (Prime): Phone:
MWBE: Yes No Age of Firm
Address: Name & Title:
City, State,
Zip:
Signature/
Date
Contract dollar value must exclude work performed by non-MWBE except materials or
equipment purchased and used in this contract.
CREDIT FOR MWBE VENDOR of materials or supplies is limited to 60% of its expenditures
for materials and supplies required under this Contract and obtained from a MWBE regular dealer.
Credit for MWBE manufacturers is given at 100% toward the MWBE goal only where the
MWBE vendor manufactures or substantially alters the material prior to resale.
CREDIT FOR MWBE BROKERS (Distributor or Representative) is limited to the fees and
commissions of the amount paid. All other firms receive 100% credit, less work subcontracted by
the MWBE to non-MWBE firms, towards the MWBE goal.
A MWBE must be certified or accepted as Certified by VTA. Refer to 49CFR Part 26.
Name & Address of Certified DBE Certification
Number
Agency
Certifying
Age of
Firm
Dollar Value Of
Contract
1.
2.
3.
4.
5.
Description of Work
1.
2.
3.
4.
5.
MWBE GOALS ARE DETERMINED ON BASE PROPOSAL AMOUNT:
Total Contract Amount $
MWBE Contract Amount $
MWBE Contract Amount MWBE Goal Achieved MWBE Contract Goal
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 28 of 51
FORM 7. LISTING OF SBE PRIME AND SUBCONTRACTORS
Firm (Prime): Phone:
SBE: Yes No Age of Firm
Address: Name & Title:
City, State,
Zip:
Signature/
Date
Contract dollar value must exclude work performed by non-SBE except materials or equipment
purchased and used in this contract.
CREDIT FOR SBE VENDOR of materials or supplies is limited to 60% of its expenditures for
materials and supplies required under this Contract and obtained from a SBE regular dealer. Credit
for SBE manufacturers is given at 100% toward the SBE goal only where the SBE vendor
manufactures or substantially alters the material prior to resale.
CREDIT FOR SBE BROKERS (Distributor or Representative) is limited to the fees and
commissions of the amount paid. All other firms receive 100% credit, less work subcontracted by
the SBE to non-SBE firms, towards the SBE goal.
A SBE must be certified or accepted as Certified by VTA. Refer to 49CFR Part 26.
Name & Address of Certified SBE Certification
Number
Agency
Certifying
Age of
Firm
Dollar Value Of
Contract
1.
2.
3.
4.
5.
Description of Work
1.
2.
3.
4.
5.
SBE GOALS ARE DETERMINED ON BASE PROPOSAL AMOUNT:
Total Contract Amount $
SBE Contract Amount $
SBE Contract Amount SBE Goal Achieved SBE Contract Goal
X 100 =
Base
Contract % %
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 29 of 51
FORM 8. DESIGNATION OF SUBCONTRACTORS AND SUPPLIERS
FOR
DATA COLLECTION REQUIREMENTS
Proposer:
Proposer shall completely fill in the form below for each proposed subcontract for all
subcontractors, suppliers of materials, subconsultants. Include all firms, regardless of ethnicity,
gender or SBE or DBE status. Some information, such as ethnicity and gender is for information
purposes only.
This form is to be completed and submitted with your Proposal.
Firm Name City and State
Portion of
Work or
Proposed Item
Ethnicity* Gender+
Estimated
Dollar Amount
of Subcontract
*A=Asian *AI= Asian Indian *B=Black *C=Caucasian
*H=Hispanic *NA=Native American *O=Other
+F=Female +M=Male
Total Proposed Amount:
$
Amount to be subcontracted:
$
Percent to be subcontracted:
%
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 30 of 51
FORM 9. LOCAL FIRM CERTIFICATION
1. The Proposer hereby certifies that it is ___ / is not ___ a local firm. A local firm is a firm that
currently has its main office or a branch office with meaningful production capability located within Santa
Clara County, or a firm that, upon award of the contract by VTA, will establish such a local office.
If a local firm, specify local address:
2. The Proposer hereby certifies that _______% of the dollar value of services to be rendered will be
performed by the following local firms (including Proposer, if applicable):
Name of Proposer or Subcontractor % of Dollar Value
3. The above-listed subcontractors are local firms as defined in paragraph 1 above, and are located at
the following local addresses:
Subcontractor Name Address
Firm Name:
Name Title
Signature Date
RFP S19257 SAP Enterprise Asset Management Enhancement
Page 31 of 51
X. EXHIBITS
EXHIBIT A SAMPLE CONTRACT
EXHIBIT A1 SCOPE OF WORK
EXHIBIT A2 COMPENSATION, INVOICING, and PAYMENT
EXHIBIT A3 RATE SCHEDULE
EXHIBIT A4 INSURANCE REQUIREMENTS
EXHIBIT A5 SMALL BUSINESS ENTERPRISE (SBE) REQUIREMENTS
Page 32 of 51
Rev. 12/7/2018
EXHIBIT A CONTRACT
BETWEEN
SANTA CLARA VALLEY TRANSPORTATION AUTHORITY
AND
FOR
SAP ENTERPRISE ASSET MANAGEMENT ENHANCEMENT
CONTRACT NO. S19257
THIS CONTRACT for professional services (“Contract”) is entered into between the Santa Clara
Valley Transportation Authority (“VTA”) and __________ (“Contractor”).
A. SERVICES TO BE PERFORMED: Contractor shall furnish all technical and professional
labor, and materials to perform the services described in Exhibit A1 (herein referred to as
“Services”).
B. TERM OF THIS CONTRACT: The term of this Contract shall commence on the Effective
Date (as defined in the signature block below) and continue through (unless otherwise earlier
terminated pursuant to the terms and conditions set forth herein).
C. DAYS: For purposes of this Contract, all references herein to “day” shall mean calendar day,
unless specified otherwise. All references to “calendar day” shall mean any day, including
Saturday, Sunday and all legal holidays. All references to “working day” or “business day”
shall mean any business day, excluding Saturdays, Sundays and legal holidays.
D. COMPENSATION: Contractor shall be paid in accordance with Exhibit A2 for the Services.
Total compensation for the Services provided hereunder shall not exceed $___________00.
E. PERFORMANCE OF THE SERVICES:
1. Contractor represents that it is sufficiently experienced, properly qualified, registered,
licensed, equipped, organized and financed to perform the Services.
2. Contractor shall perform the Services with the degree of skill and judgment normally
exercised by firms performing services of a similar nature. In addition to other rights and
remedies that VTA may have, VTA, at its option, may require Contractor, at Contractor’s
expense, to re-perform any Services that fail to meet the above standards.
F. ASSIGNMENT AND SUBCONTRACTS:
1. Contractor shall not assign or transfer this Contract or any portion thereof without the prior
written consent of VTA. Additionally, Contractor shall not subcontract any part of its
Page 33 of 51
Services other than to those subcontractors that may be identified herein. Any assignment,
transfer, change or subcontract in violation of this Contract shall be void.
2. Contractor shall be fully responsible and liable for the Services, products and actions of all
subcontractors and suppliers of any tier, and shall include in each subcontract any
provisions necessary to make all the terms and conditions of this Contract fully effective.
G. CHANGES: By written notice from VTA’s Authorized Representative (as defined in Section
L.1), VTA may, from time to time, order work suspension or make changes within the general
scope of this Contract. If any such changes cause an increase or decrease in Contractor’s cost
to perform the Service or in the time required for its performance, Contractor shall promptly
notify VTA thereof and assert its claim for adjustment within ten (10) days after the change is
ordered, and an equitable adjustment shall be negotiated.
H. AUDIT AND RECORDS:
1. Contractor shall maintain, in accordance with generally accepted accounting principles and
practices, complete books, accounts, records and data with respect to actual time devoted
and costs incurred for the Services. Such documentation shall be supported by properly
executed payrolls, invoices, contracts and vouchers evidencing in detail the nature and
propriety of any charges. Such documentation shall be sufficient to allow a proper audit of
the Services. All checks, payrolls, invoices, contracts and other accounting documents
pertaining in whole or in part to the Services shall be clearly identified and readily
accessible.
2. For the duration of this Contract, and for a period of three (3) years thereafter, VTA, its
representatives and the state auditor shall have the right to examine and audit during
Contractor’s normal business hours the books, accounts, records, data and other relevant
information to the extent required to verify the costs incurred hereunder where such costs
are the basis for billings under this Contract.
3. Contractor shall report indirect costs in accordance with the cost principles contained in 48
CFR, Part 31, and follow the uniform administrative requirements set forth in 49 CFR, Part
18.
4. The provisions of this AUDIT AND RECORDS section shall be included in any
subcontracts hereunder.
I. PROHIBITED INTERESTS:
1. SOLICITATION: Contractor warrants that it has not employed or retained any company or
person, other than a bona fide employee working solely for Contractor, to solicit or secure
this Contract, and that it has not paid or agreed to pay any company or person, other than
Page 34 of 51
a bona fide employee working solely for Contractor, any fee, commission, percentage,
brokerage fee, gift or any other consideration, contingent upon or resulting from the award
or making of this Contract. For breach or violation of this warranty, VTA shall have the
right to rescind this Contract without liability.
2. INTEREST OF PUBLIC OFFICIALS: No Board Member, officer or employee of the VTA
during his or her tenure or for two (2) years thereafter shall have any interest, direct or
indirect, in this Contract or the proceeds thereof.
3. INTEREST OF THE CONTRACTOR: The Contractor covenants that, presently, Contractor, its
officers, directors or agents, have no interest and shall not acquire any interest, direct or
indirect, that would conflict in any manner or degree (or create an appearance of conflict)
with the performance of the Services. The Contractor further covenants that in the
performance of this Contract no person having any such interest shall be knowingly
employed.
J. TERMINATION AND SUSPENSION:
1. VTA may, by giving at least ten (10) business days’ written notice to Contractor, terminate
this Contract, or suspend performance hereunder, in whole or in part at any time for VTA’s
convenience. Contractor shall be compensated (i) in accordance with the terms of this
Contract for the Services satisfactorily performed prior to the effective date and time of
termination or suspension, or (ii) the minimum dollar amount stated herein, whichever is
applicable. Contractor shall have no right to recover lost profits on the balance of the
Services.
2. VTA, by written notice given to Contractor, may declare default in Contractor’s
performance of any term of this Contract, specifying with particularity the basis for such
default. Contractor shall deliver a response thereto in writing to VTA within two (2)
business days of receipt of the notice, setting forth a reasonable proposal to cure the default.
If Contractor fails to deliver the foregoing response on time or fails to cure the default
within ten (10) business days after receipt of the notice (or within such additional time the
Parties may agree upon in writing), VTA may elect to terminate this Contract for cause by
serving written notice thereof to Contractor.
3. In the event of such termination for cause, VTA shall be relieved of any obligation of
further payment to Contractor, including its obligation to procure the minimum dollar
amount stated herein (if any), and may complete the remainder of the Services by itself, or
by using an alternative, third party contractor. The additional cost to VTA for completing
the Services shall be deducted from any sum due to the Contractor and the balance, if any,
shall be paid to the Contractor upon demand. The foregoing shall be in addition to any
other legal or equitable remedies available to VTA.
Page 35 of 51
4. If, after termination for failure to fulfill Contract obligations, it is determined that the
Contractor was not in default, the rights and obligations of the Parties shall be the same as
if the termination had been issued for the convenience of VTA.
K. GENERAL PROVISIONS:
1. OWNERSHIP OF DATA: All drawings, specifications, reports and other data developed by
Contractor, its assigned employees or subcontractors pursuant to this Contract shall
become the property of VTA as prepared, whether delivered to VTA or not. Unless
otherwise provided herein, all such data shall be delivered to VTA or its designee upon
completion of this Contract or at such other times as VTA or its designee may request.
2. CIVIL RIGHTS:
a. NONDISCRIMINATION: During performance of this Contract, Contractor, its
employees and subcontractors shall not unlawfully discriminate, harass, or allow
harassment against any person because of race, religious creed, color, sex, gender,
gender identity, gender expression, national origin, ancestry, physical disability
(including HIV and AIDS), mental disability, medical condition (including cancer),
genetic information, marital status, age (over 40), sexual orientation, or military and
veteran status. In addition, Contractor and any subcontractor shall not unlawfully deny
any of their employees family care leave or discriminate against such employees on
the basis of having to use family care leave. Contractor shall ensure that the evaluation
and treatment of its employees and applicants for employment are free of such
discrimination and harassment.
b. ADA Accessible Information and Communications: Any and all deliverables
provided by Contractor to VTA pursuant to the Contract must be prepared and
delivered in a format that is accessible to individuals with disabilities, as required by
(i) the American with Disabilities Act of 1990 (ADA); (ii) 28 CFR Parts 35 and 36;
(iii) 49 CFR Part 37; (iv) Section 504 of the Rehabilitation Act of 1973, as amended;
and (v) California’s Unruh Civil Rights Act.
3. GOVERNING LAW: The laws of the State of California will govern these terms and
conditions, as well as any claim that might arise between Contractor and VTA, without
regard to conflict of law provisions.
4. FORUM SELECTION: Any lawsuit or legal action arising from this Contract shall be
commenced and prosecuted in the courts of Santa Clara County, California. Contractor
agrees to submit to the personal jurisdiction of the courts located in Santa Clara County,
California for the purpose of litigating all such claims.
Page 36 of 51
5. CONFIDENTIALITY AND DISCLOSURE: Except as set forth in this paragraph, Contractor
must not disclose to third parties any information, data, or materials that the Contractor
obtains from VTA or otherwise learns of or is exposed to in the course of the performance
of this Contract or information developed or obtained by Contractor in the performance of
this Contract (“Confidential Information”). In addition, Contractor must not disclose or
use any Confidential Information for any purpose other than the performance of the
Services. Notwithstanding the foregoing, Contractor may disclose Confidential
Information to third parties or use such information for purposes other than performance
of the Services if: (1) VTA provides express written consent for such use or disclosure; (2)
the information is known to Contractor prior to obtaining such information from VTA or
performing Services under this Contract; (3) the information is, at the time of disclosure
by Contractor, then in the public domain; (4) the information is obtained by or from a third
party who did not receive it, directly or indirectly, from VTA and who has no obligation
of confidentiality with respect thereto. In addition, Contractor may disclose Confidential
Information if required to do so by court order. However, upon receipt of an order requiring
such disclosure, Contractor must inform VTA as soon as practicable in order to allow VTA
to challenge such order if it determines that such challenge is appropriate. For purposes of
this Section, “third parties” do not include those employees or authorized subcontractors
engaged in the performance of the Services.
6. NONWAIVER: Failure of VTA to insist upon strict performance of any terms or conditions
of this Contract or failure or delay in exercising any rights or remedies provided herein or
by law or its failure to properly notify Contractor in the event of breach or its acceptance
of or payment for any Services hereunder shall not release Contractor from the
representations or obligations of this Contract and will not be deemed a waiver of any right
of VTA to insist upon strict performance hereof or any of its rights or remedies hereunder.
7. SEVERABILITY: If any of the provisions of this Contract (or portions or applications
thereof) are held to be unenforceable or invalid by any court of competent jurisdiction,
VTA and Contractor shall negotiate an equitable adjustment in the provisions this Contract
with a view toward effecting the purpose of this Contract, and the validity and
enforceability of the remaining provisions or portions or applications thereof will not be
affected thereby.
8. INDEPENDENT CONTRACTOR: In performance of the Services, Contractor will be acting as
an independent contractor and not the agent or employee of VTA.
9. ENTIRE CONTRACT: This Contract constitutes the entire contract between VTA and
Contractor relating to the subject matter hereof and supersedes any previous contracts,
agreements, or understandings, whether oral or written.
Page 37 of 51
10. AMENDMENT: Except as expressly provided herein, the provisions of this Contract cannot
be altered, modified or amended except through the execution of a written amendment
executed by VTA and Contractor.
11. COMPLIANCE WITH APPLICABLE LAW: In the performance of the Services, Contractor
and its subcontractors shall comply with all applicable requirements of state, federal and
local law. The provision of this paragraph shall be included in any subcontracts hereunder.
12. DOCUMENTS AND WRITTEN REPORTS: In accordance with Government Code § 7550(a),
any document or written report prepared in whole or in part by nonemployees of VTA shall
contain the numbers and dollar amounts of all contracts and subcontracts relating to the
preparation of the document or written report if the total cost of the work performed by
nonemployees of the agency exceeds five thousand dollars ($5,000.00). The contract and
subcontract numbers and dollar amounts shall be contained in a separate section of the
document or written report.
13. INCORPORATION OF EXHIBITS AND ATTACHMENTS: All exhibits and attachments
referenced in this Contract are incorporated herein by this reference.
L. AUTHORIZED REPRESENTATIVES AND POINTS OF CONTACT: The Authorized
Representatives identified below, or assigned designees, have authority to authorize changes
to the scope, terms and conditions of this Contract, as set forth herein.
1. AUTHORIZED REPRESENTATIVES:
VTA:
Mary Talentinow, Acting PCMM Manager
3331 N. First Street, Bldg. A
San Jose, CA 95134-1927
Contractor:
Name/Title
Company Name
Address
City/State/Zip
Telephone
2. NOTICES: Notices shall be in writing and addressed to the Authorized Representatives at
the addresses set forth above.
Page 38 of 51
3. POINTS OF CONTACT: The Points of Contact listed below are authorized to communicate
regarding contract matters, except in the case where correspondence regarding legal notices
must be addressed to the Authorized Representatives.
VTA:
Lida Delos Santos, Contracts Administrator
3331 N. First Street, Bldg. A
San Jose, CA 95134-1927
Contractor:
Name/Title
Company Name
Address
City/State/Zip
Telephone
4. Written notification to the other Party shall be provided, in advance, for changes in the
name or address of the designated Authorized Representatives or Points of Contact stated
above.
M. INSURANCE: Contractor shall adhere to the insurance requirements set forth in Exhibit A4
N. INDEMNITY AND DEFENSE OF CLAIMS:
1. General Indemnity and Defense of Claims:
i. Contractor must indemnify and hold harmless VTA, any public agencies within
whose jurisdiction, on whose behalf, or on whose property the Services are being
performed, any party VTA is contractually obligated to identify in this Contract as
an indemnitee, and each of their respective Board of Directors, Board of
Supervisors, Councils, individual board members, officers, agents, employees, and
consultants (each, an “Indemnitee”; collectively, the “Indemnitees”) from any
claims, liabilities, losses, injuries, damages, expenses, fines, penalties, liens, or fees
and costs (including attorneys’ and experts’ fees and costs) (each a “Claim” and
collectively “Claims”) arising out of, pertaining to, caused by, or in any way
relating to the work performed under this Contract, including compliance or non-
compliance with the terms of this Contract, by Contractor and/or its agents,
employees, or subcontractors, whether such Claims are based upon a contract,
personal injury, death, property damage, or any other legal or equitable theory
whatsoever.
Page 39 of 51
ii. Contractor agrees, at its own expense, and upon written request by VTA or any
individual Indemnitee, to immediately defend any suit, action, proceeding, dispute,
or demand brought against any Indemnitee founded upon, alleging, or implicating
any Claims covered by Contractor’s indemnity obligation set forth above in
subparagraph (i) immediately above and regardless of whether Contractor and/or
any of its agents, employees, or subcontractors, was, in fact, liable. In the event a
court of competent jurisdiction determines that any suit, action, claim, or demand
brought against any Indemnitee was caused by the sole or active negligence or
willful misconduct by VTA or its agents, servants, or independent contractors who
are acting on behalf of VTA, VTA shall promptly reimburse Contractor for costs
of defending the Indemnitees in such action incurred by Contractor, but only in
proportion to the sole or active negligence or willful misconduct of VTA or its
agents, servants, or independent contractors who are acting on behalf of VTA.
2. Intellectual Property Infringement Indemnity and Defense of Claims:
i. Contractor must indemnify, defend, and hold harmless Indemnitee from and against
any and all Claims, including reasonable attorneys’ fees, costs, and expenses
incidental thereto, which may be suffered by, incurred by, accrued against, charged
to, or recoverable from any Indemnitee, by reason of any Claim arising out of or
relating to any actual or alleged infringement of any intellectual property rights by
the Contract deliverables, Services, or use of any of the aforementioned.
ii. To the greatest extent permitted by law, Contractor must, at its own expense, and
upon written request by VTA, or any individual Indemnitee, immediately defend
any suit, action, claim, or demand brought against any Indemnitee founded upon,
alleging, or implicating any claims, liabilities, losses, injuries, damages, expenses,
fines, penalties, or fees and costs covered by Contractor’s indemnity obligation set
forth in subparagraph (i) immediately above and regardless of whether Contractor
and/or any of its agents, employees, or subcontractors did, in fact, infringe any
intellectual property rights.
iii. If any part of Services or Contract deliverables is, or in Contractor’s judgment may
become, the subject of any infringement claim, or is likely to be, claimed to
infringe, misappropriate or otherwise violate any third-party intellectual property
right, Contractor must, at its expense and option, do one of the following: (a)
procure for VTA the necessary right to continue using the Services or Contract
deliverables; (b) replace or modify the infringing portion of the Services or Contract
deliverables with a functionally equivalent item or portion thereof, or (c) if none of
the foregoing are commercially reasonable, Contractor may terminate this Contract
upon written notice to VTA and refund to VTA a pro-rated amount of any pre-paid
fees (including pre-paid support/maintenance fees).
Page 40 of 51
iv. Contractor will have no liability or obligation hereunder with respect to any claim
to the extent based upon (i) any use of the Services or Contract deliverables by VTA
not strictly in accordance with this Contract or in an application or environment or
on a platform or with devices for which it was not reasonably designed or
reasonably contemplated, (ii) modifications, alterations, combinations or
enhancements of the Services or Contract deliverables not created or authorized by
Contractor, or (iii) VTA’s continuing allegedly infringing activity after being
notified thereof.
v. Infringement Indemnification Procedures: Contractor’s obligations under the
Intellectual Property Infringement Indemnity and Defense of Claims sections are
expressly conditioned on the following: VTA shall (a) promptly notify Contractor,
in writing, of any such Claim of which VTA has actual knowledge (provided that
failure to do so will only release Contractor from this indemnity obligation to the
extent that such failure led to material prejudice), (b) in writing, grant Contractor
sole control of the defense of any such Claim and of all negotiations for its
settlement or compromise, provided that no such settlement or compromise may
impose any liability or other obligations on VTA, and (c) reasonably cooperate with
Contractor to facilitate the settlement or defense of the Claim. Notwithstanding the
foregoing, VTA may participate, at VTA’s own expense, in the defense of such
Claim.
3. This indemnity and defense of claims provision will survive the expiration or termination
of this Contract and remain in full force and effect.
O. BUSINESS DIVERSITY PROGRAM REQUIREMENTS: Contractor shall adhere to the
Small Business Enterprise requirements set forth in Exhibit A5.
IN WITNESS WHEREOF, VTA and Contractor have executed this Contract as of the last date set
forth below (“Effective Date”).
Signatures of parties on following pages
Page 41 of 51
Santa Clara Valley Contractor
Transportation Authority
Nuria I. Fernandez Name
General Manager Title
Date Date
Approved as to Form
VTA Counsel
Page 43 of 51
EXHIBIT A2 COMPENSATION, INVOICING and PAYMENT
FIRM-FIXED PRICE
A. COMPENSATION: This is a firm-fixed price Contract with a maximum value of $_____ .00
(“Total Compensation Amount”), for which amount Contractor agrees to complete the
Services defined in this Contract. The Total Compensation Amount includes Contractor’s total
direct costs, indirect costs, and profit. No additional compensation will be paid without a
written amendment to this Contract.
B. INVOICING: Contractor shall invoice VTA on a monthly basis for partial payments
corresponding to the percentage of work actually completed by Contractor.
1. PROGRESS PAYMENTS: The percentage of the Services completed shall be documented in
a monthly progress report prepared by Contractor. Contractor shall also furnish such other
information, as may be requested by VTA, to substantiate the validity of an invoice. At its
sole discretion, VTA may decline to make full payment for any portion of the Services
until such time as Contractor has documented, to VTA’s satisfaction, that Contractor has
fully completed all of the portion of the Services billed for in the invoice. VTA’s payment
in full for any portion of the Services shall not constitute VTA’s final acceptance of any or
all of Contractor’s work.
2. INVOICE FORMAT: VTA shall pay Contractor on the basis of invoices submitted every
month for that portion of the Services performed during the preceding month. Invoices
shall be in a form acceptable to VTA and each invoice must include:
• Contract Number.
• Description of that portion of the Services performed.
• Percentage of Services completed.
• Total costs.
3. INVOICE SUBMITTAL: Contractor shall submit invoices by e-mail to the address listed
below. Invoices shall be in a PDF, Word, or Excel format.
Email: [email protected]
4. Should VTA contest any portion of an invoice, that portion shall be held for resolution, but
the uncontested balance shall be processed for payment. VTA may, at any time, conduct
an audit of any and all records kept by Contractor for the Services. Any overpayment
uncovered in such an audit may be charged against the Contractor’s future invoices and
any retention funds.
C. PROMPT PAYMENT: VTA will pay Contractor within thirty (30) days after receipt by VTA
of a proper, fully documented, invoice. Contractor shall pay subcontractors for satisfactory
Page 44 of 51
performance of any of the Services performed by subcontractors within fifteen (15) days of
receipt of payment by VTA for such Services. Contractor agrees further to return retainage
payments to each subcontractor within fifteen (15) days after the subcontractor’s work is
satisfactorily completed.
Page 45 of 51
EXHIBIT A3 RATE SCHEDULE
Effective Date MM/DD/20YY
Identify the named key personnel, firm name, classification and labor rate. Provide the
classification and labor rate for all your proposed staff.
Key Personnel:
Personnel
Name Classification
Direct
Labor
Rate
Home
Office
Overhead
Rate
Field
Office
Overhead
Rate
Profit
(%)
Home
Office
Fully
Burdened
Rate
Field
Office
Fully
Burdened
Rate
Unnamed Personnel:
Classification
Direct
Labor
Rate
Home
Office
Overhead
Rate
Field
Office
Overhead
Rate
Profit
(%)
Home Office
Fully
Burdened
Rate
Field Office
Fully
Burdened
Rate
Page 46 of 51
EXHIBIT A4 INSURANCE REQUIREMENTS
INSURANCE: Without limiting the Contractor’s indemnification of VTA, the Contractor
must procure and maintain for the duration of the Contract insurance against claims for injuries
to persons or damages to property which may arise from or in connection with the performance
of the work hereunder by the Contractor, its agents, representatives, or employees, or
subcontractors. The cost of such insurance must be included in the Contract. The Contractor
must furnish complete copies of all insurance policies, within three (3) business days of any
such request by VTA.
A. LIABILITY AND WORKERS’ COMPENSATION INSURANCE
1. Minimum Scope of Coverage: Coverage must be at least as broad as:
a. Insurance Services Office General Liability coverage (“occurrence” form CG
0001). General Liability insurance written on a “claims made” basis is not
acceptable.
b. Insurance Services Office Business Auto Coverage, Insurance Services Office form
number CA 0001, covering Automobile Liability, code 1 “any auto.” Auto Liability
written on a “claims-made” basis is not acceptable.
c. Workers’ Compensation insurance as required by the Labor Code of the State of
California, and Employers Liability insurance.
d. Professional Liability, including limited contractual liability coverage, covering
liability arising out of any negligent act, error, mistake or omission in the
performance of Contractor’s services under this Contract. This coverage must be
maintained for a minimum of two (2) years following completion of this Contract.
This coverage may be written on a “claims made” basis, if so, please see special
provisions in Section B.
e. Cyber Liability (including network security coverage, and/or privacy liability
coverage, as applicable).
2. Minimum Limits of Insurance: Contractor must maintain limits no less than:
a. General Liability $2,000,000 limit per occurrence for bodily injury, personal injury,
and property damage. If a General Liability or other form with a general aggregate
limit is used, either the general aggregate limit must apply separately to this
project/location or the general aggregate limit must be twice the required
occurrence limit. This requirement may be satisfied by a combination of General
Liability with Excess or Umbrella, but in no event may the General Liability
Page 47 of 51
primary policy limit per occurrence be less than $2,000,000, unless
Excess/Umbrella policies feature inception and expiration dates concurrent with the
underlying general liability policy, and “Follow Form” and “Drop Down”
provisions.
b. Automobile Liability (including umbrella/excess liability): $1,000,000 limit per
accident for bodily injury and property damage. This requirement may be satisfied
by a combination of Auto with Excess or Umbrella, but in no event may the
Automobile Liability primary policy limit per occurrence be less than $2,000,000.
Excess policies must feature inception and expiration dates concurrent with the
underlying auto liability policy, and a “Drop Down” provision.
c. Workers’ Compensation and Employers Liability: Statutory Workers’
Compensation limits and Employers Liability limits of $1,000,000 per statute.
d. Professional Liability: $2,000,000 each occurrence/aggregate minimum limit per
claim.
e. Cyber Liability: $1,000,000 per occurrence.
3. Self-Insured Retention: The certificate must disclose the actual amount of any
deductibles or self-insured retentions. Any self-insured retention or deductible in
excess of $50,000 ($100,000 if Contractor is a publicly-traded company) must be
declared to and approved by VTA. If Contractor is a governmental authority such as a
state, municipality or special district, self-insurance is permitted. To apply for approval
for a level of retention in excess of the stipulated amounts stated herein, the Contractor
must provide a current financial statement documenting the ability to pay claims falling
within the self-insured retention. At the option of VTA, either: the insurer must reduce
or eliminate such self-insured retention as respects VTA, its officers, officials,
employees and volunteers; or the Contractor must procure a bond guaranteeing
payment of losses and related investigations, claim administration and defense
expenses.
B. CLAIMS MADE PROVISIONS (NOT APPLICABLE TO GENERAL LIABILITY OR AUTO
LIABILITY): Claims-made coverage is never acceptable for General Liability or Auto
Liability. Claims-made may be considered for Professional, Environmental/Pollution, or
Cyber Liability. If coverage is written on a claims-made basis, the Certificate of Insurance
must clearly state so. In addition to all other coverage requirements, such policy must
provide that:
1. The policy must be in effect as of the date of this Contract and the retroactive date must
be no later than the date of this Contract.
Page 48 of 51
2. If any policy is not renewed or the retroactive date of such policy is to be changed, the
Contractor must obtain or cause to be obtained the broadest extended reporting period
coverage available in the commercial insurance market. This extended reporting
provision must be of at least two (2) years.
3. No prior acts exclusion to which coverage is subject that predates the date of this
Contract.
4. Policy allows for reporting of circumstances or incidents that might give rise to future
claims.
C. OTHER PROVISIONS: The policies are to contain, or be endorsed to contain, the following
provisions:
1. General Liability and Automobile Liability:
a. VTA, its officers, officials, employees and volunteers are to be named as additional
insureds as respects: liability arising out of activities performed by or on behalf of
the Contractor, including VTA’s general supervision of the Contractor; products
and completed operations of the Contractor and its subcontractors; premises owned,
occupied or used by the Contractor; or automobiles owned, leased, hired or
borrowed by the Contractor. The coverage must contain no special limitations on
the scope of protection afforded to VTA, its officers, officials, employees, or
volunteers. Additional Insured endorsements must provide coverage at least as
broad as afforded by the combination of ISO CG 20 10 10 01 and CG 20 37 10 01.
b. The Contractor’s insurance coverage must be primary insurance as respects VTA,
its officers, officials, employees, and volunteers. Any insurance or self-insurance
maintained by VTA, its officers, officials, employees, or volunteers must be excess
of the Contractor’s insurance and may not contribute with it.
c. Any failure to comply with reporting provisions of the policies may not affect
coverage provided to VTA, its officers, officials, employees, or volunteers.
d. The Contractor’s insurance must apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the insurer’s
liability.
e. The General Liability General Aggregate limit must apply per project, not per
policy.
2. All Coverages: The insurer must agree to waive all rights of subrogation against VTA,
its officers, officials, employees, and volunteers for losses arising from work performed
by the Contractor and its subcontractors for VTA.
Page 49 of 51
3. Other insurance provisions:
a. The Certificate must disclose the actual amounts of all deductibles or self-insured
retentions.
b. If any coverage forms or endorsements required by this Contract are updated by
their publishers, whether they be the insurance carrier(s), the Insurance Services
office, or the American Association of Insurance Services, during the duration of
this Contract, VTA reserves the right to require the Contractor to procure said
coverage forms or endorsements using the updated versions upon the next renewal
cycle.
D. ACCEPTABILITY OF INSURERS: Insurance and bonds must be placed with insurers with an
A.M. Best’s rating of no less than A VII (financial strength rating of no less than A and
financial size category of no less than VII), unless specific prior written approval has been
granted by VTA.
E. CERTIFICATES OF INSURANCE: Contractor must furnish VTA with a Certificate of
Insurance. The certificates for each insurance policy are to be signed by an authorized
representative of that insurer. The certificates will be issued on a standard ACORD Form.
The contractor must instruct their insurance broker/agent to submit all insurance
certificates and required notices electronically in PDF format to
The certificates will (1) identify the underwriters, the types of insurance, the insurance
limits, the deductibles, and the policy term, (2) include copies of all the actual policy
endorsements required above, and (3) in the “Certificate Holder” box include:
Santa Clara Valley Transportation Authority
Procurement, Contracts and Materials Management
3331 North First Street
San Jose, CA 95134
Contract No. S19257
In the Description of Operations/Locations/Vehicles/Special Items Box, the VTA Contract
number must appear, the list of policies scheduled as underlying on the Umbrella policy
must be listed, Certificate Holder should be named as additional insured, and Waiver of
Subrogation must be indicated as endorsed to all policies as stated in the Contract
Documents.
All certificates and endorsements are to be received and approved by VTA before work
commences. VTA reserves the rights to require complete, certified copies of all required
insurance policies, at any time.
Page 50 of 51
If the Contractor receives any notice that any of the insurance policies required by this
Exhibit may be cancelled or coverage reduced for any reason whatsoever, Contractor or
insurer must immediately provide written notice to VTA that such insurance policy
required by this Exhibit is canceled or coverage is reduced.
F. MAINTENANCE OF INSURANCE: If Contractor fails to maintain such insurance as is called
for herein, VTA, at its option, may suspend payment for work performed and/or may order
the Contractor to suspend work at Contractor’s expense until a new policy of insurance is
in effect.
Page 51 of 51
EXHIBIT A5 SMALL BUSINESS ENTERPRISE (SBE) REQUIREMENTS
A. MWBE POLICY:
1. It is the policy of VTA to ensure that Minority and Women Owned Business Enterprises
(MWBEs), as defined in the VTA MWBE Program, have an equitable opportunity to
participate in the performance of contracts and subcontracts financed with local funds. VTA
has an 18% MWBE aspirational goal.
2. Contractor will use all reasonable efforts to ensure that MWBE firms have an equitable
opportunity to compete for subcontracting work under this Contract.
B. SMALL BUSINESS ENTERPRISES:
1. It is VTA policy to ensure that Small Business Enterprise (SBE) firms, as defined in Federal
Regulations at 13 CFR Part 121 and 49 CFR Part 26, have an equitable opportunity to
participate in the performance of contracts and subcontracts.
2. In connection with its performance under this Contract, although there is no specified SBE
goal, Contractor agrees to cooperate with VTA in attempting to meet VTA’s overall 19%
annual utilization of SBE firms. In this regard Contractor will use all reasonable efforts to
ensure that SBE firms shall have an equitable opportunity to compete for subcontract work
under this Contract.
3. VTA will monitor compliance with Contract requirements for SBE firms. Electronic
submittal will be on a web-based online system (B2Gnow), accessed from any computer
via the internet at the following website: https://VTA.sbdbe.com. Contractor and its
subcontractors will receive an email providing a Log-On identification, password, and
instruction on how to use the system. All lower-tier subcontractors and vendors will be
required to provide or verify SBE utilization documentation.
4. Contractor will be required to submit quarterly SBE utilization reports electronically to the
VTA Office of Business Diversity Programs. These reports shall be submitted electronically
by the Contractor and will document when payments to subcontractors were made, the dollar
value of the payments to SBE firms, and the percentage of the Services completed.
C. At the conclusion of this Contract, Contractor shall submit a final SBE utilization report
electronically to the VTA Office of Business Diversity Programs at: [email protected]
by indicating a final audit where requested in the B2Gnow system. This final report will
document when payments to subcontractors were made, the dollar value of payments to SBE
firms, and the percentage of the Services completed.